Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2012 FBO #4046
SOLICITATION NOTICE

19 -- Annual Marine Survey for Wilmington District Vessels

Notice Date
12/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488390 — Other Support Activities for Water Transportation
 
Contracting Office
USACE District, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, NC 28403-1343
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM-13-T-0005
 
Response Due
1/8/2013
 
Archive Date
2/18/2013
 
Point of Contact
Tezra Hamilton, 910-251-4804
 
E-Mail Address
USACE District, Wilmington
(tezra.j.hamilton@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
In accordance with FAR 12.603 -- Streamlined Solicitation for Commercial Items; This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This notice is being posted as an avenue to provide Request for Quotes for W912PM-13-T-0005. In accordance with Federal Acquisition Regulation (FAR) 5.202(a)(13), Exceptions to publicizing contract actions, there will not be a pre-solicitation notice posted for this required action. This solicitation is reserved exclusively for small business concerns. The solicitation number is W912PM-13-T-0005, and the solicitation is issued as a Request for Quote (RFQ). The NAICS code is 488390 with a small business size standard of $35,500,000.00. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-62. Description of Requirement: The US Army Corps of Engineers, Wilmington District requests quotes to provide annual marine surveys for three (3) shallow draft vessels. The annual inspection shall be appropriate for the intended use of the vessel and shall, a minimum, evaluate the structural condition and compliance with the National Fire Protection Association 302. The Contractor shall provide all labor, materials, equipment, and transportation necessary to perform all tasks in accordance with the attached Bid Schedule. The period of performance is one (1) base year with four (4) one-year options. This Request for Quote incorporates the following provisions and clauses: The full text clauses may be accessed electronically at http://www.acquisition.gov/far or http://farsite.hill.af.mil. 52.204-7 Central Contractor Registration 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 Instructions to Offerors--Commercial Items 52.212-3 52.212-4 Offeror Representations and Certifications Contract Terms and Conditions--Commercial Items 52.212-5 52.217-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Evaluation Of Options 52.217-8 52.217-9 52.219-1 52.219-6 Option to Extend Services Option to Extend the term of the Contract Small Business Program Representations Notice Of Total Small Business Set-Aside 52.219-14 Limitations On Subcontracting 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor -- Cooperation with Authorities and Remedies 52.222-22 Previous Contracts And Compliance Reports 52.222-25 52.222-26 Affirmative Action Compliance Equal Opportunity 52.222-36 Affirmative Action For Workers With Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-19 Availability Of Funds For The Next Fiscal Year 52.232-23 Assignment Of Claims 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.243-1 Alt I Changes--Fixed Price (Aug 1987) - Alternate I 52.252-1 52.252-2 252.201-7000 Solicitation Provisions Incorporated by Reference Clauses Incorporated by Reference Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control Of Government Personnel Work Product 252.203-7005 252.204-7004 Alt A Representation relating to Compensation of Former DOD Officials Central Contractor Registration Alternate A 252.204-7008 Export-Controlled Items 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country 252.212-7001 252.232-7010 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Levies on Contract Payments 252.243-7001 Pricing Of Contract Modifications EVALUATION FACTORS: Award will be made to the lowest priced, technically acceptable offer. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their Quote in accordance with standard commercial practice (i.e. Quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offeror's complete mailing and remittance addresses; discount terms, DUNS number, and Tax Identification Number. Any questions regarding this solicitation MUST be submitted in writing (fax or email) to the point of contact below. The awardee shall be registered and active in the SAM database prior to any award being made. Offerors may obtain information on registration and annual confirmation requirements via the SAM accessed through http://www.acquisition.gov or by calling 1-866-606-8220 or 334-206-7828. QUOTES ARE DUE NOT LATER THAN 11:00AM, EASTERN STANDARD TIME, 8 January 2013. YOU ARE ENCOURAGED TO SUBMIT QUOTES ELECTRONICALLY to Tezra.J.Hamilton@usace.army.mil and Bruce.A.Helms@usace.army.mil. Quotes may also be submitted on letterhead and faxed to 910-251-4454 to the attention of Tezra Hamilton and Bruce Helms. The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) or Notation that company is registered in SAM (www.sam.gov) must be submitted along with each Quote. The government reserves the right to cancel this solicitation. This announcement and written request for Quote constitutes the only Request for Quote that will be made for this requirement. POINT OF CONTACT: Tezra Hamilton at 910-251-4804 or Bruce Helms at 910-251-4580.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/af0ce4194d6d2c5a5a28826759f1d0d2)
 
Place of Performance
Address: USACE District, Wilmington CESAW-CT, 69 Darlington Ave, Wilmington NC
Zip Code: 28403-1343
 
Record
SN02953256-W 20121222/121220235006-af0ce4194d6d2c5a5a28826759f1d0d2 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.